Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Cloud Compute 2

  • First published: 15 December 2023
  • Last modified: 15 December 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03ddd7
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
15 December 2023
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Core Services including integrated feature-rich “IaaS” and “PaaS” services delivered via the public internet and/or other UK government approved network by suppliers in sole control of their infrastructure.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Cloud Compute 2

Reference number: RM6292

II.1.2) Main CPV code

72500000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Crown Commercial Service (CCS) as the Authority has put in place an agreement for the provision of public cloud computing as a multi-Lot, multi-supplier framework agreement, available for use by those potential Buyers listed in the Contract Notice. These are UK public sector bodies and future successor organisations, which includes (but is not limited to): Central Government Departments and their arm’s length bodies and agencies; the wider public sector; and third sector e.g. public sector or third sector organisations in local government, health, education, police, fire and rescue, housing associations and charities.

Buyers will be able to fulfil their public cloud computing needs directly from core cloud service suppliers or choose to fulfil their requirements indirectly through resellers who will also make available additional value-adding ancillary services that support the customer’s adoption, usage or optimisation of the core cloud services.

This framework agreement also makes available professional services that will provide Buyers with specific enabling work which is short-term in nature and leaves the Buyer in a more capable state than before.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 1 305 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

Core Services

II.2.2) Additional CPV code(s)

30211100

30211300

48000000

48211000

48620000

48700000

72000000

72212211

72212620

72300000

72310000

72311300

72317000

72322000

72416000

72421000

72422000

72500000

72600000

72611000

72800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Core Services including integrated feature-rich “IaaS” and “PaaS” services delivered via the public internet and/or other UK government approved network by suppliers in sole control of their infrastructure.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

12 Suppliers were awarded a place on Lot 1.

Lot No: 2

II.2.1) Title

Value Added Ancillary Services

II.2.2) Additional CPV code(s)

30211100

30211300

48000000

48211000

48620000

48700000

72000000

72212211

72212620

72300000

72310000

72311300

72317000

72322000

72416000

72421000

72422000

72500000

72600000

72611000

72800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Value-Added Ancillary Services including cloud optimisation, economic management of the Core Services and transition away from legacy technology.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Only the services of Cloud Service Suppliers who were successful on Lot 1 will be eligible to be resold by Lot 2 Suppliers. 39 Suppliers were awarded a place on Lot 2.

Lot No: 3

II.2.1) Title

Professional Services

II.2.2) Additional CPV code(s)

72000000

72300000

72500000

72600000

72611000

72800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Professional Services including consultancy, training, cloud auditing, strategy development and road mapping.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

78 Suppliers were awarded a place on Lot 3.

Lot No: 4

II.2.1) Title

Cloud Secure +

II.2.2) Additional CPV code(s)

30211100

30211300

48000000

48211000

48620000

48700000

72000000

72212211

72212620

72300000

72310000

72311300

72317000

72322000

72416000

72421000

72422000

72500000

72600000

72611000

72800000

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

Cloud Secure+, including value-added ancillary services and Professional Services suitable for UK Secret requirements according to NCSC higher security classification.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 90

Price / Weighting:  10

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

10 Suppliers were awarded a place on Lot 4.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-020974

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/11/2023

V.2.2) Information about tenders

Number of tenders received: 123

Number of tenders received from tenderers from EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 90

Number of tenders received by electronic means: 123

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street.

Liverpool

L3 9PP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 1 305 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/dd2358eb-2fb0-4eba-b303-77d39054f75f.

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, Government introduced its Government Security

Classifications (GSC) scheme which replaced Government Protective

Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications

Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

For Lot 1,2,3 and 4. 39 suppliers were awarded a place as opposed to the 30 suppliers as was originally stated in the Contract Notice that was published on 30/06/2023.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

Internet address(es)

URL: https://www.crowncommercial.gov.uk/

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

14/12/2023

Coding

Commodity categories

ID Title Parent category
72416000 Application service providers Provider services
72800000 Computer audit and testing services IT services: consulting, software development, Internet and support
30211300 Computer platforms Mainframe computer
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72311300 Computer time-sharing services Computer tabulation services
72500000 Computer-related services IT services: consulting, software development, Internet and support
72322000 Data management services Database services
72300000 Data services IT services: consulting, software development, Internet and support
72317000 Data storage services Data-processing services
72310000 Data-processing services Data services
72421000 Internet or intranet client application development services Internet development services
72422000 Internet or intranet server application development services Internet development services
72000000 IT services: consulting, software development, Internet and support Computer and Related Services
72212620 Mainframe operating system software development services Programming services of application software
48620000 Operating systems Database and operating software package
72212211 Platform interconnectivity software development services Programming services of application software
48211000 Platform interconnectivity software package Networking software package
48000000 Software package and information systems Computer and Related Services
48700000 Software package utilities Software package and information systems
30211100 Super computer Mainframe computer
72611000 Technical computer support services Computer support services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.